Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2018 FBO #5924
DOCUMENT

Y -- Slip Line Sewer Pipe Repair - Attachment

Notice Date
2/9/2018
 
Notice Type
Attachment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218B0247
 
Response Due
2/26/2018
 
Archive Date
6/5/2018
 
Point of Contact
Aletha Bourke
 
E-Mail Address
Contract Specialist
(Aletha.Bourke@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 2 This notice is for Solicitation Number 36C24218B0247, Project No. 620-11-105 Slip Line Sewer Pipe Repair at the FDR VA Medical Center, 2094 Albany Post Road, Montrose, NY 10548. This shall be a Service-Disabled Veteran Owned Small Business Set-Aside (SDVOSB). Bids will only be accepted from SDVOSBs that are determined to be responsible and responsive contractors. This project is classified under NAICS Code 237110, Water and Sewer Line and Related Structures Construction, and has a Size Standard of $36.5 million. The cost estimate range for this project is between $1,000,000.00 and $5,000,000.00. Scope of Work: The contractor will furnish all materials, equipment, supervision, and personnel necessary to accomplish the job for removal and installation of the storm and sanitary sewer pipe remediation systems and associated components as shown on the drawings and perform work specified herein and comply with VA specifications and VA regulations, procedures and conditions for work at the Medical Center and any applicable codes as per requirements of all governing agencies. Work shall include but not be limited to: General construction, alterations, roads, walks, grading, drainage, utility systems, and necessary removal of existing structures and construction and certain other items. 1. Asbestos abatement shall be performed In accordance with the specification and applicable regulations. Personnel holding current New York State Department of Labor (NYSDOL) asbestos handler's certificates shall perform the work. Additionally, the Contractor must employ NYSDOL certified supervisors to be on the work site for all abatement activities. The contractor must be currently licensed by the NYSDOL. All certificates and licenses are to be readily available for verification by the Veterans Affairs Medical Center. 2. The contractor is responsible for removal and disposal of all asbestos-containing materials and asbestos-contaminated materials within the specified areas. 3. The contractor is responsible for verification of all quantities of asbestos-containing materials. 4. The contractor is responsible for pre-cleaning any existing asbestos contamination, dust and debris within the removal areas. 5. The contractor is responsible for maintaining the integrity of building finishes. The contractor shall repair any and all damages caused by abatement activities or his personnel. 6. The contractor is solely responsible for all means, methods, techniques, sequences and procedures and for coordinating all portions of the scope of work under this contract. 7. All General Contractor work to be in compliance with STV s contract drawings and specifications, dated November 25, 2013, including but not limited to; General Notes Demolition and Paving Notes Utilities Notes Soil Erosion and Sediment Control Notes And Construction Phasing Notes 8. The contractor will be responsible to coordinate and schedule work to minimize construction duration and shall be expected to plan work typically during duty hours of the VA Medical Center, other than utility ties-ins or work required in the COR s opinion to be performed during off duty hours. Performance Period: Work shall be completed within 480 calendar days of written Notice to Proceed. All other details and information shall be contained in the solicitation which shall be posted on www.fbo.gov. The solicitation will be released on or about February 26, 2018. The response submittal address, date and time will be included in the solicitation. This project requires bonding and all responses/submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted. All prospective bidders must be currently registered in www.sam.gov and be registered and verified as a SDVOSB in www.vip.vetbiz.gov at the time of offer submission and before award of this procurement. Responses to this notice with your firm s capability statement must be in writing (email) and must be received not later than 2/26/18 at 12PM. Point of Contact is Aletha Bourke at Aletha.Bourke@va.gov. No telephone inquiries will be accepted. End of Description
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218B0247/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218B0247 36C24218B0247.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4077333&FileName=36C24218B0247-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4077333&FileName=36C24218B0247-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: FDR VAMC;2094 Albany Post Road;Montrose
Zip Code: 10548
 
Record
SN04818087-W 20180211/180209230833-3807ccf843a45b063dcb4197414f629c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.